Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2009 FBO #2904
SOLICITATION NOTICE

Y -- Construction of Concrete Pad - SF 18 Document

Notice Date
11/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS02-10-Q-CAN106
 
Point of Contact
Keena N Lewis, Phone: 571-227-2521
 
E-Mail Address
keena.lewis@dhs.gov
(keena.lewis@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 18 REQUEST FOR QUOTATIONS TO PROVIDE GENERAL CONSTRUCTION OF CONCRETE PAD FOR THE INSTALLATION OF AN EXPLOSIVE STORAGE MAGAZINE AT LUIS MUNOZ MARIN INTERNATIONAL AIRPORT (SJU) 1.0 Purpose The Transportation Security Administration (TSA) National Explosive Detection Canine Team Program (NEDCTP) is committed to establishing safe, secure repositories for training equipment related to the Proprietary Canine Program. To this end, NEDCTP desires to install and maintain an explosives magazine at Luis Munoz Marin International Airport. To achieve this goal, NEDCTP requires this site be prepared for receipt and installation of this magazine. 1.1 Background TSA is contracting with airports to install explosives storage magazine facilities to be located on or near airport grounds. Each facility will house explosive storage magazine(s) that will safely and securely hold the TSA-approved explosive training aids which are required to train and maintain the proficiency of the TSA explosives detector canines. This effort comprises constructing a concrete pad, installing a grounding rod, an encompassing barricade, erecting enclosure fencing, access gate, and associated lighting if necessary. These deliverables are to meet requirements set forth in ATF 5400.7. http://www.atf.gov/explarson/fedexplolaw/2007edition/index.htm 1.2 Technical Requirements/Task A. Pre-Construction Contractor will comply with all Federal, state, and local building codes within the Puerto Rico Port Authority. The contractor will also be required to obtain FAA's approval of the amendment of the Airport Layout Plan for the expansion of the existing concrete pad and associated structures. B. Construction Task 1: The contractor shall remove an existing section of cyclone fencing on one side of the existing concrete pad. Task 2: The contractor shall construct, at a minimum, a gravel or crushed stone base (free draining material) thirty-five (35) feet long by ten (10) feet wide by four (4) inches deep. Task 3: The contractor shall construct, at a minimum, a concrete pad thirty-five (35) feet long by ten (10) feet wide by six (6) inches thick at 3,500 pounds per square inch (PSI). This pad is to be reinforced with fiber or wire fabric. It is to conform to (ACI) recommendations and local building codes. This pad is to be located adjacent to an existing concrete pad at the airport site. Task 4: The contractor shall install a.75 inch by ten (10) foot grounding rod. This grounding rod is to be compliant with (NFPA) code requirements. Task 5: The contractor shall install four (4) twelve (12) foot solar light poles. Placement of the light poles are to be two (2) per concrete pad and are to be placed so as to provide the maximum amount of light to the work area located between each magazine, as well as to the entrance of each magazine. Task 6: The contractor shall construct a concrete table, approximately three (3) feet by six (6) feet, approximately three (3) inches in thickness reinforced with rebar, at standard table height (approximately 30 inches). The table will sit on four (4) cinder block legs set at each end. This table shall be placed on the side of the concrete pad adjacent to the existing pad. Additionally, the contractor shall install a simple aluminum or steel roof to cover the table. Task 7: The contractor shall erect enclosure fencing and access gate. The contractor shall construct a cyclone fence, ten (10) feet in height and a five (5) foot wide gate, all topped with three (3) lines of barbed wire around the three sides of the new concrete pad that are not directly adjacent to the existing pad. This fence shall be adjoined to the fence surrounding the existing magazine, being placed a distance of approximately three (3) feet from the concrete pad. This fencing and access gate defines the outermost perimeter of the explosives magazine compound, and serves to restrict access solely to authorized personnel. 2.0 List of Deliverables and Delivery Schedule # Deliverable Due Date Deliverable Recipient (include contact information) Deliverable Format Reference (specify CDRL, attachments, etc.) 1 Removal of a portion of existing fencing 2 One Concrete pad 3 One Grounding rod 4 Four (4) solar light poles 5 One (1) concrete table One (1) simple roof to cover table 6 Enclosure fencing and gate After installation of the magazine. The contractor shall prepare and deliver weekly status reports summarizing milestone and activity status for each task listed in Section 1.2, above. The contractor shall deliver this weekly status report by Close of Business (COB) each week to the Government Project Manager, Contracting Officer, and Contracting Officer's Technical Representative (COTR). The minimum content requirements are listed below. Contractor format is acceptable. a. Risks identified and being tracked, including triggers and response plans; b. Brief current task description; c. Narrative review of work accomplished during reporting period and/or significant events; d. Status of all ongoing activities; e. Identification of problems encountered (including issues that may impact work performance) and recommended solutions; and f. Scheduled milestones and activities for the next reporting period. Task 7 shall be completed after installation of the magazine. 3.0 Management The contractor shall monitor and coordinate the activities of the contractor's team members and subcontractors as they execute construction of the site. The contractor shall coordinate the construction with the local TSA representative and airport management. 4.0 Security Contractor employees are required to meet all airport security screening requirements which include criminal history, background and fingerprint check. Contractor employees working in this facility must currently possess a Secure Identification Display Area (SIDA) badge. The Contractor is responsible for any fees associated with lost badges. 5.0 Permitting The contractor shall obtain all necessary permits and approvals from regulatory authorities to allow for the execution of the work. 6.0 Period of Performance The period of performance shall be for 120 days from date of award. 7.0 Place of Performance Luis Munoz Marin International Airport Carolina, P.R. 8.0 Authorized Travel This is a fixed price contract, and the Contractor shall include in the fixed price all costs of travel and any other ancillary activities. 9.0 Storage of Equipment There is no storage area available at the airport for contractor equipment and/or tools. The contractor is responsible for storage and safety of their equipment. 10.0 Parking at Facility Parking is available at the airport in accordance with the fees posted in the parking lots. The Contractor is responsible for all fees incurred for parking at the facility; the Government will not reimburse for parking fees. 11.0 Other o The contractor shall comply with all Federal, state, regional and local regulations regarding licensing and permits to perform construction at the airport. o Work under this contract is subject to the Davis-Bacon Act. Certified payrolls shall be made upon request of the Government. o The contractor shall be adequately insured at all times to cover any property damage and/or personal injury claim due to the Contractor's (including its employees, subcontractors, etc.) negligence in the performance of work under this contract. Further, the Contractor agrees to hold the Government harmless for any adverse claim or action resulting from said negligence in the performance of work or resulting from poor workmanship. 12.0 Site Visit A site visit for all potential bidders has been scheduled for November 10, 2009 at 1:00 pm, EST. Bidders who plan on attending the site visit must contact Mr. Luis Diaz at 787-298-0644 or Luis.A.Diaz@dhs.gove no later than November 6, 2009, 1:00 pm, EST. Please include names of all persons who will be in attendance. 13.0 Points of Contact Contract Specialist (CS) Keena N. Lewis 571-227-2521(Telephone) Keena.Lewis@dhs.gov (email) Contracting Officers Technical Representative (COTR) Gary Bills 571-227-2956 (Telephone) Gary.Bills@dhs.gov (email) TSA SJU Luis Diaz 787-298-0644 (Telephone) Luis.A.Diaz@dhs.gov (email) 14.0 Instructions to Offerors Submit one biddable package consisting of past performance (at least 2) and your best overall price for the work at SJU for the requirements listed in Section 1.0 of this RFQ. Price - Offers shall propose labor rates and material to perform the work as described in Section 1.0. o An On-Site Visit will be scheduled with Luis Diaz, please refer to Section 12.0 for more information. o Davis Bacon Rates apply for all construction work under this contract. o Completion of the project shall be no later than 120 days from date of award. o Proposal number HSTS02-10-Q-CAN106 General Requirements for Price Proposal: 1. Offerors shall propose a firm-fixed price and represent a commitment to provide all costs including labor, materials, equipment, management support, permits, etc., to perform all work required by Section 1.0. 2. Be signed by an officer of the company with authority to obligate the company for the value of the bid. 3. Include Davis-Bacon wage determination rates in Build offer. Current Davis- Bacon rates are attached. Current rates may also be found on the U.S. GPO website http://www.access.gpo.gov/davisbacon. These rates must be factored into your price submission. 4. All proposals shall have the following number clearly marked on each page HSTS02-10-Q-CAN106 5. The final price shall include all applicable labor and permitting to complete this project. 6. All questions are to be submitted no later than November 12, 2009 at 12:00 pm, EST. Responses can be sent via email to: Keena N. Lewis Email: Keena.Lewis@dhs.gov 7. All quotes are to be submitted no later than November 24, 2009 at 12:00 pm, EST. Responses can be sent via e-mail to: Keena N. Lewis E-mail: Keena.Lewis@dhs.gov 15.0 Basis of Award Award will be based on the proposal(s) representing the best overall price to the Government. Quotes that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any quote that is significantly not compliant with the solicitation requirements, unrealistically high or low in price, or reflects a failure to comprehend the requirement. 16.0 Clauses The following FAR clauses are hereby incorporated under Section One. The complete text can be found at: http://farsite.hill.af.mil/vffar1.htm FAR 52.212-4 Terms and Conditions - Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2009) FAR 52.213-4 Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items) FAR 52.222-7 Withholding of Funds (FEB 1998) FAR 52.222-8 Payrolls and Basic Records (FEB 1988) FAR 52.222-9 Apprentices and Trainees (JUL 2005) FAR 52.222-10 Compliance with Copeland Requirements (FEB 1988) FAR 52.222-11 Subcontracts (Labor Standards) (JUL 2005) FAR 52.222-12 Contract Termination Debarment (FEB 1988) FAR 52.222-13 Compliance with Davis-Bacon and Related Act Regulations ((FEB 1988) FAR 52.222-14 Disputes Concerning Labor Standards (FEB 1988) FAR 52.222-15 Certification of Eligibility (FEB 1988) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.236-2 Differing Site Conditions (Apr 1984) FAR 52.236-5 Material and Workmanship (Apr 1984) FAR 52.236-7 Permits and Responsibilities (Nov 1991) FAR 52.236-12 Cleaning Up (APR 1984) FAR 52.236-13 Accident Prevention (Nov 1991) The following clause(s) are hereby incorporated in full text: FAR 52.222-6 Davis-Bacon Act (Jul 2005) (a) Definition.-"Site of the work"- (1) Means-- (i) The primary site of the work. The physical place or places where the construction called for in the contract will remain when work on it is completed; and (ii) The secondary site of the work, if any. Any other site where a significant portion of the building or work is constructed, provided that such site is- (A) Located in the United States; and (B) Established specifically for the performance of the contract or project; (2) Except as provided in paragraph (3) of this definition, includes any fabrication plants, mobile factories, batch plants, borrow pits, job headquarters, tool yards, etc., provided- (i) They are dedicated exclusively, or nearly so, to performance of the contract or project; and (ii) They are adjacent or virtually adjacent to the "primary site of the work" as defined in paragraph (a)(1)(i), or the "secondary site of the work" as defined in paragraph (a)(1)(ii) of this definition; (3) Does not include permanent home offices, branch plant establishments, fabrication plants, or tool yards of a Contractor or subcontractor whose locations and continuance in operation are determined wholly without regard to a particular Federal contract or project. In addition, fabrication plants, batch plants, borrow pits, job headquarters, yards, etc., of a commercial or material supplier which are established by a supplier of materials for the project before opening of bids and not on the Project site, are not included in the "site of the work." Such permanent, previously established facilities are not a part of the "site of the work" even if the operations for a period of time may be dedicated exclusively or nearly so, to the performance of a contract. (b) (1) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, or as may be incorporated for a secondary site of the work, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Any wage determination incorporated for a secondary site of the work shall be effective from the first day on which work under the contract was performed at that site and shall be incorporated without any adjustment in contract price or estimated cost. Laborers employed by the construction Contractor or construction subcontractor that are transporting portions of the building or work between the secondary site of the work and the primary site of the work shall be paid in accordance with the wage determination applicable to the primary site of the work. (2) Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (e) of this clause; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such period. (3) Such laborers and mechanics shall be paid not less than the appropriate wage rate and fringe benefits in the wage determination for the classification of work actually performed, without regard to skill, except as provided in the clause entitled Apprentices and Trainees. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. (4) The wage determination (including any additional classifications and wage rates conformed under paragraph (c) of this clause) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (c) (1) The Contracting Officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The Contracting Officer shall approve an additional classification and wage rate and fringe benefits therefore only when all the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination. (ii) The classification is utilized in the area by the construction industry. (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the Contracting Officer agree on the classification and wage rate (including the amount designated for fringe benefits, where appropriate), a report of the action taken shall be sent by the Contracting Officer to the Administrator of the: Wage and Hour Division Employment Standards Administration U.S. Department of Labor Washington, DC 20210 The Administrator or an authorized representative will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the Contracting Officer or will notify the Contracting Officer within the 30-day period that additional time is necessary. (3) In the event the Contractor, the laborers or mechanics to be employed in the classification, or their representatives, and the Contracting Officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the Contracting Officer shall refer the questions, including the views of all interested parties and the recommendation of the Contracting Officer, to the Administrator of the Wage and Hour Division for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the Contracting Officer or will notify the Contracting Officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits, where appropriate) determined pursuant to subparagraphs (c)(2) and (c)(3) of this clause shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (d) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (e) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program; provided, That the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (End of Provision) http://www.wdol.gov/ General Decision Number: PR080002 07/31/2009 PR2 Superseded General Decision Number: PR20070002 State: Puerto Rico Construction Types: Heavy and Highway Counties: Puerto Rico Statewide. HEAVY AND HIGHWAY CONSTRUCTION PROJECTS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS02-10-Q-CAN106/listing.html)
 
Place of Performance
Address: Luis Munoz Marin International Airport (SJU), San Juan, Puerto Rico, United States
 
Record
SN01997908-W 20091106/091104235148-602ec911ebd533779a6851bd70c285e4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.